Supply and Delivery of 6 No New 15 Tonne MAM Truck Mounted Dual Sweep Mechanical Road Sweepers.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Derry City Council
98 Strand Road
For the attention of: Sharon O'Connor
BT48 7NN Derry
UNITED KINGDOM
Telephone: +44 2871365151
Fax: +44 2871264858

Internet address(es):

General address of the contracting authority: www.derrycity.gov.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply and Delivery of 6 No New 15 Tonne MAM Truck Mounted Dual Sweep Mechanical Road Sweepers.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Derry City Council, Pennyburn Depot, Derry, Northern Ireland.

NUTS code UKN05

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Supply and Delivery of 6 No New 12 Tonne MAM Truck
Mounted Dual Sweep Mechanical Road Sweepers
II.1.6)Common procurement vocabulary (CPV)

34921100

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
New 12 Tonne MAM Dual Sweep Mechanical Road Sweepers
Chassis: 12 Tonne MAM, left-hand drive fitted with automatic chassis lubrication system and finished in corrosion resistant black.
Wheelbase: 3.0 Metres approximately.
Wheel Plan: 4 x 2 Rigid.
Engine: Diesel powered capable of producing at least 180 BHP whilst complying with a minimum of Euro-5 Emission Regulations. A speed limiting device restricting the maximum speed of the vehicle to 90 KPH must also be fitted and fully certified. An engine ‘cut-out' designed to shut the engine down in the event of excessive idle time, high engine temperature or low oil-pressure to be incorporated.
Transmission: Both manual/automatic gearbox options will be considered pending nature of sweeping mechanism configuration. Facility for providing ‘Hydrostatic' PTO if required.
Steering: Left-hand drive fitted with fail-safe power assistance and driver's airbag.
Suspension: Parabolic leaf springs with maintenance free bushes and telescopic dampers.
Brakes: Full pneumatic braking system incorporating ‘ABS' technology and preferably fitted with ventilated discs at all wheel stations. An auxiliary exhaust brake is also required. External pneumatic couplings must be conveniently yet discretely located at both front (female) and rear (male) to facilitate external charging of the main reservoirs. Appropriate protective shrouds to be fitted and secured to prevent ingress of dirt. The parking brake must operate via spring brake actuators on at least 1 axle. For recovery purposes, a means of manually releasing the parking brake should be incorporated and safe-working procedures documented. An air-dryer unit of the ‘throw-away' variety must be conveniently located to facilitate ease of maintenance.
Wheels and Tyres: Road wheels should be of the pressed steel variety and finished in Brilliant Silver to match bodywork. All securing nuts shall be fitted with securing devices preferably of the ‘ric-clip' variety. New Michelin premium quality radial tyres capable of carrying vehicle MAM and appropriate to the specific demands of this challenging operational environment, must be fitted to all wheels. In-cab tyre pressure monitoring system to be fitted. A complete and functional spare wheel is also to be provided. Tyre pressures and wheel nut tightening torques as recommended by the chassis manufacturer must be conveniently and clearly labelled in close proximity to the relevant wheel station. These should be calibrated in lbs/in2 and N/m respectfully.
Cab: Hydraulically tilting day-cab manufactured from corrosion resistant material and fitted with full sound insulation. Fully adjustable air-sprung driver's seat plus double passenger seat all covered in non-slip, easy clean fabric and fitted with 3-point harnesses. All mirrors including rear-view, wide-angle and kerb are to be of the unbreakable variety and where applicable electrically operated. The cab interior should be fitted with appropriate fixtures for holding the crew's personal protective equipment, wet gear and driver's documentation. Fully functional and certified digital tachograph to be installed and calibration certificate provided on delivery. Dash mounted Radio/CD player with Bluetooth connectivity to be fitted.
Exhaust: Vertical stack construction with fully protective heat shield.
Fuel Tank: 100 Litre minimum capacity manufactured from non-corrosive material with locking, labelled and secured (chained) fuel cap. An ‘anti-siphon' device must be permanently fitted to the neck of the tank. Where ‘Ad-Blue' is appropriate, a non-corrosive tank of not less than 25 litres capacity should be located adjacent to DERV tank and labelled accordingly.
Electrical System: Fully colour coded 24-volt negative earth system incorporating ‘CANBUS' technology and fitted with dash-mounted and appropriately labelled power isolating switch. Where the supplier of the chassis and the sweeping mechanism are separate entities, every effort must be made to develop a wiring diagram that is all encompassing and in a common format. An amber strobe light-bar stretching a minimum of 75% of cab roof width must be fitted and appropriately fused. 2 No additional amber strobes must be incorporated into the front panel of each vehicle and 2 No at the rear (approx 15cms2) that operate in conjunction with PTO engagement. Heavy-duty ‘sealed for life' vehicle batteries should also be fitted with a capacity of not less than 110A/H. These should be securely yet conveniently located to facilitate maintenance and charging. A suitable protective cover must also be fitted and appropriately labelled. All fuses must be of the blade variety and appropriately labelled (amps/function). All lights where possible should be of the LED variety and appropriate protective guards fitted.
CCTV System: A fully recordable 4-Camera CCTV system (Vision Techniques or similar) providing coverage of all external activity to be fitted and ‘data download' kit/training provided. A minimum of 250 Gigabyte storage facility required.
Radio System: A 2-way radio system compatible with that currently in use within Derry City Council (Street Cleansing) should be permanently fitted in-cab and appropriately fused.
Weighing System: An on-board weighting system of the ‘Load-Cell' type to be fitted to both axles. This must be connected to a cab mounted digital display informing the driver of the individual axle loads and overall vehicle loading status at all times. An audible warning device must be incorporated to advise the driver when nearing the MAM of the vehicle. On reaching the MAM the system must render the sweeping gear inoperative thus preventing further sweeping from taking place until the vehicle hopper has been emptied. The successful firm will be held responsible for the calibration of this system during the warranty period.
Permanently mounted to above chassis. 1 No suction dual-sweeping unit powered either via truck engine or auxiliary engine.
Hopper: Constructed from stainless steel with a minimum capacity of 6m3 and fitted with large access panels on both sides. Manual provision for draining excess fluids to waste must also be fitted. ‘Fan-wash' assist to be incorporated.
Payload: Minimum payload of 5000Kg required.
Litter Snatch: Fitted with a minimum of 4 metre lightweight suction hose for collection of bulky debris.
Rear Door: Self-opening, reinforced, hydraulically operated closure system fitted with cab-mounted ‘door-open' alarm.
Water Tank: A minimum of 1250 litre capacity fitted with hydraulic pump and individually controlled water spray-jets to all brushes and nozzles. To be supplied with stand pipe, hydrant key and 3 metre hose for replenishment purposes.
Sweeping Width: Minimum 3.0 metres with both channel brushes deployed simultaneously.
Control Panel: To be ergonomically designed and located to optimise safe and efficient operation of the sweeping gear.
Lubrication: Central point greasing or automatic-lubrication system to be fitted to sweeper mechanism.
Hose Reel: High-pressure jet lance capable of delivering 100 bar pressure complete with auto-retractable hose-reel fitted with 12 metres of hose.
Ancillary Equipment: Cab mounted first-aid box.
Cab mounted 1.0kg Fire Extinguisher.
Externally mounted and protected 5 Kg Fire Extinguisher.
Ancillary Electrics: All electric connections, harnesses, etc for the fitting of sweeper gear must be totally water- resistant to IP65 standard. Scene/Work lights to be fitted as appropriate. All additional lighting must comply with Construction and Use Regulations.
Painting: The entire cab and body are to be finished to the highest standards in Mercedes Brilliant Silver (Code 9744). The vehicle chassis and all additional brackets required to mount the body must be finished in anti-corrosive black.
High Visibility Painting: All vehicle profile markings must conform to SI 1986 No 1078. The rear profile of the vehicle shall be at least 90% covered in high visibility red/yellow chevrons.
Road Tax: The successful firm will register and tax the vehicles in the City of Derry for a period of 1 year. A set of easy-clean number-plates having no additional texts/graphics displaying the vehicle registration number shall be permanently fitted front and rear.
Administrative Documents: The successful firm shall complete and supply the following documents to be returned at time of delivery:
(a) An Acquisition Record Pro-Forma that will be supplied.
(b) A relevant tick-box type service/inspection schedule proforma preferably in A4 format.
(c) Vehicle type approval certificate
(d) Tachograph Calibration certificate
(e) Parts Manual (Hard/Soft) copy
(f) Operator's manuals (hard/soft) copy
(g) All encompassing wiring diagram
Regulations: All aspects of the vehicle whether original equipment or additional, must comply in full with statutory regulations and in particular, the Health and Safety at Work Act NI (1978) and Construction and Use Regulations.
Delivery: The delivery period for the completed vehicle should be stated on completed tenders. The successful firm must honour the delivery date specified and shall within 3 working days of receipt of official order, advise Derry City Council in writing of the current delivery status. Any changes to the specified delivery date must be communicated in writing to Derry City Council as soon as possible.
Training: Full and certified training must be provided to Derry City Council operatives and maintenance staff. Where necessary, additional refresher training or technical updates shall be carried out free of charge by the successful firm, throughout the lifespan of the vehicle.
Warranty: Full 3 year ‘front to back' warranty required for both chassis and sweep gear. Where multiple firms are involved, Derry City Council will hold the named supplier on the official purchase-order as ultimately responsible for all aspects of warranty cover. Any minor defects that develop within the warranty period shall be repaired on-site by the selected firm.
Technical Specs: Comprehensive technical specifications for both chassis and sweeping gear are required with each tender submission.
Delivery Preparation: The vehicle shall be thoroughly prepared and cleaned for delivery.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 6 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Fixed Price Contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, whose affairs are being administered by the court, who has entered into an arrangement with creditors or who is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceeding for a declaration of bankruptcy, for an order of compulsory winding-up or administration by the court or for an arrangement with creditors or is the subject of any other similar proceedings under national laws or regulations;
(c) has been convicted of an offence concerning his professional conduct by a judgement which as the force or res judicata;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can justify;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;
(g) is guilty of serious misrepresentations in supplying the information required under the provisions of the Directive on the criteria for qualitative selection.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) appropriate statements from bankers;
(b) the submission of the firms balance sheets or extracts there from, where publication of a balance sheet is required under company law in the country in which the supplier is established;
(c) a statement of the firms overall turnover and its turnover in respect of the goods to which the contract relates for the previous three financial years.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(a) a list of the principal deliveries effected in the past three years, with the sums, dates and recipients, public or private, involved: in the case of public contracting authorities, evidence to be in the form of certificates issued or countersigned by the competent authority; in the case of private purchasers, delivery to be certified by the purchaser or, failing this, simply declared by the supplier to have been effected;
(b) a description of the firm's technical facilities, its measures for ensuring quality and its study and research facilities;
(c) indication of the technicians or technical bodies involved, whether or not belonging directly to the supplier's firm, especially those responsible for quality control;
(d) samples, description and/or photographs of the products to be supplied, the authenticity of which must be certified if the contracting authority so requests;
(e) certificates drawn up by official quality control institutes or agencies of recognized competence attesting conformity to certain specifications or standards of products clearly identified by references to specifications or standards;Indication of arrangements for quality checks on the supplier's premises;
(f) where the goods to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authority or on its behalf by a competent official body of the country in which the supplier is established, subject to
that body's agreement, on the production capacities of the supplier and, if necessary, on his study and research facilities and quality control measures.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
Supply and Delivery of 6 No New 15 Tonne MAM Truck Mounted Dual Sweep Mechanical Road Sweepers.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 15.3.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
15.3.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 15.3.2013

Place:

Derry City Council.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Council officers and elected members only.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
14.1.2013